Shore Power Systems Framework

A Tender Notice
by CALEDONIAN MARITIME ASSETS LTD

Source
Find a Tender
Type
Framework (Works)
Duration
8 year
Value
___
Sector
INDUSTRIAL
Published
25 Jun 2024
Delivery
To 30 Jul 2032 (est.)
Deadline
30 Jul 2024 12:00

Concepts

Location

The West of Scotland and Clyde Estuary

Geochart for 5 buyers and 0 suppliers

Description

CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems across the network. CMAL wish to appoint a single supplier to a multi lot framework for the design, construction and maintenance of standardised shore power systems to ensure operability of fleet across the network with vessel replacements.

Lot Division

1 Little Minch" routes including Lochmaddy, on the Isle of Lewis; Tarbert, on the Isle of Harris; and Uig, on the Isle of Skye
2 Islay" routes including Kennacraig, in Argyll & Bute; and Port Askaig and Port Ellen, on the Isle of Islay
3 Small Vessel Replacement Programme Phase 1
4 Lochboisdale" route including Lochboisdale, on the Isle of South Uist
5 Small Vessel Replacement Programme Phase 2
6 Mull" routes including Oban, in Argyll & Bute; and Craignure, on the Isle of Mull

Award Criteria

Quality 60.0
Price 40.0
PRICE _

CPV Codes

  • 45300000 - Building installation work
  • 31321000 - Electricity power lines
  • 45231400 - Construction work for electricity power lines
  • 45315300 - Electricity supply installations

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

SPD 4C.4 PROMPT PAYMENT - see tender documents. In order to achieve a pass bidders must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment. SPD 4C.7 ENVIRONMENTAL MANAGEMENT - See tender documents. Bidders will be required to confirm that they will employ environmental management measures that meet the requirements of the Scope. SPD 4D QUALITY ASSURANCE SCHEMES AND ENVIRONMENTAL STANDARDS - Tenderers will be required to confirm that they have a quality assurance system in accordance of BS EN ISO 9001:2015 or equivalent Tenderers are required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ES EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Tenderers will be required to confirm that they have a health and safety management system complying with BS EN ISO 45001, or equivalent. SPD4C.4 - If Tenderers intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they would confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay sub-contractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b)>95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the Tendered is unable to confirm (b) they must provide an improvement plan, signed by their director, which improves the payment performance. In order to achieve a pass, Tenderers must demonstrate they have supply chain able to service the locations of the works and that they have systems in place to ensure prompt payment. Fair Work Practices - Tenderers will be asked to commit to adopting Fair Work First in the delivery of this contract. SPD4C.7 - Environmental Management Bidders will be required to confirm they will employ environmental management measures that meet the requirements of the scope. Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. In order to achieve a pass, the Tenderers must demonstrate the measures they will employ to meet the minimum requirements. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12345. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: See tender documentation. (SC Ref:768978)

Reference

Domains